Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

17 -- AIR FLASK ASSEMBLY

Notice Date
1/13/2020 7:42:00 AM
 
Notice Type
Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111 USA
 
ZIP Code
19111
 
Solicitation Number
SPRPA120RZ116
 
Response Due
2/10/2020 8:59:59 PM
 
Archive Date
02/25/2020
 
Point of Contact
Telephone: 2157373962
 
E-Mail Address
KENNETH.LAUBER@DLA.MIL
(KENNETH.LAUBER@DLA.MIL)
 
Awardee
null
 
Description
ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)|19|||||||||||||||||||| HIGHER-LEVEL CONTRACT QUALITY REQUIREMENT|8|X|||||||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|1 EACH|300 DAYS|0001AB|1 EACH|300 DAYS|0001AC|1 EACH|180 DAYS|||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)|16|TBD||TBD|TBD|TBD|TBD|TBD|TBD||||||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|2||| VALUE ENGINEERING (OCT 2010)|3|||| EQUAL OPPORTUNITY (SEP 2016)|2||| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (MAY 2019)|1|| INTEGRITY OF UNIT PRICES (OCT 2010)|1|| EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)|4||||| WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUN 2003)|6|ONE YEAR FROM DATE OF DELIVERY|45 DAYS AFTER DISCOVERY OF DEFECT||||| SMALL BUSINESS SUBCONTRACTING PLAN (AUG 2018)(DEVIATION 2018-O0018)|5|||||KENNETH.LAUBER@DLA.MIL| EQUAL OPPORTUITY FOR WORKERS WITH DISABILITIES (JUL 2014)|2||| TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019)|2||| LIMITATION OF LIABILITY--HIGH-VALUE ITEMS (FEB 1997)|1|| ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JUN 2019)|11|||||||||||| BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014))|5|||||| BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM (NOV 2014)|1|| ROYALTY INFORMATION (APR 1984)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2019)|12|336413|1,250||||||||||| REPRESENTATION REGARDING CERTIAN TELECOMMUNICATIONS AND VIDEO SUREILLANCESERVICES OR EQUIPMENT (AUG 2019))|2||| INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004)|2||| FACSIMILE PROPOSALS (OCT 1997)|1|| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, ANDENERGY PROGRAM USE (APR 2008))|2||| This solicitation is being issued under SEPA Authority. 100 Percent Small Business Set Aside applies to this procurement. For Critical Safety Items (CSI), DFARS clause 252.209-7010, Identification of Critical Safety Items, is incorporated by reference. For items for which Government inspection and acceptance will be conducted at the source, DLAD clause 52.246-9004, Product Verification Testing, is incorporated by reference. As applicable, DFARS clause 252.242-7005, Contractor Business Systems, is incorporated by reference. This solicitation includes procurement note L09 Reverse Auction (Oct 2016) from DLAD 15.407-90. The Government may conduct a reverse auction. The following is included in section M of this solicitation: The Government will consider all responsible offerors/quotors for award. \ 1. SCOPE 1.1 Articles to be furnished hereunder shall be manufactured, tested and inspected in accordance with ;509040-1; drawing number ( ;NAWC LAKEHURST; ) ;80020; , Revision ;REV K; and all details and specifications referenced therein. 1.2 Unless expressly provided for elsewhere in this clause, equipment such as fixtures, jigs, dies, patterns, mylars, special tooling, test equipment, or any other manufacturing aid required for the manufacture and/or testing of the subject item(s) will not be provided by the Government or any other source and is the sole responsibility of the contractor. The foregoing applies notwithstanding any reference to such equipment or the furnishing thereof that may be contained in any drawing or referenced specification. 1.3 If MIL-STD-454 is referenced in the drawings or in the specification, the contractor is expected to show compliance with IPC/EIAJ-STD-001C. 1.4 . Markings shall be in accordance with MIL-STD-130. 1.5 PRE-AWARD / POST AWARD REQUIREMENTS: Due to the critical use of this item and its quality history, a pre-award survey and post-award conference may be required for all new manufacturers. For all previous sources, a post-award conference may be recommended. 1.6 . Unless otherwise specified, for fabricated parts, the Inspection Method Sheets/ Final Inspection Sheets shall list the characteristics of each item produced under the contract. The manufacturer shall be required to provide certifications of all raw material including castings and forgings. the material source shall be identified and the documentation shall be able to identify the customer and/or contract number. The manufacturer shall maintain all raw material documentation for a minimum of ten (10) years. The contractor is responsible for providing completed Inspection Method Sheets/Final Inspection Sheets showing the actual dimensions taken for ALL Characteristics,in addition, critical characteristics shall be annotated. 1.7 The components being acquired under this solicitation have been classified as Flight Critical requiring engineering source approval by the Naval Air Systems Command. Only those companies who have submitted requests for source approval and been approved will be eligible for award under this solicitation. Any company not previously approved may submit a Source Approval Request to the contracting officer, Naval Inventory Control Point, (See Block 10 of the SF33 for name and code). The Source Approval Request shall contain the following documentation and shall be submitted by the closing date of this solicitation: (A) Copy of complete configuration drawings for a similar item(s) which your company has produced within the past three years, including test procedures for which your company (1) has been qualified to manufacture and (2) which is similar, i.e., requires the same materials, manufacturing processes, inspections, tolerances and similar application as the item(s) for which you are seeking approval. (B) Copy of the complete process/operation sheets used to manufacuture the similar item, including but not limited to, detailed shop sketches. These plans must note those operations and processes performed by subcontractors/ vendors. (C) Complete copies of purchase orders, shipping documents, etc. that document delivery of production quantities of the part to the Original Equipment Manufacturer or Military service. Provide the most recent copies of the documents. (D) A detailed comparative analysis of the differences/similarities between the similar part and the part(s) for which you are seeking approval. This analysis should include materials, configuration, tolerances, process requirements, dimensions, castings, forgings, etc. (E) Copy of inspection method sheets used in the manufacturing and at final inspection. These sheets should include actual tolerance, print requirements, inspection devices, sources performing the operation and level of inspection. Critical characteristics should be discernible from all other characteristics. The above requirements are a subset of requirements specified in the ASO Source Approval Information Brochure dated January 1995. The submission of this data subset is contingent upon and in consideration of the submitting contractor meeting all other requirements specified in this solicitation to include a bilateral agreement with MDA which includes availability of complete data, MRB disposition, etc. Any company not having such agreement, but desiring to seek engineering source approval, will be required to submit data meeting all requirements of the ASO/NAVICP Source Approval Brochure. 1.8 Sampling rates (AQLs) indicated below shall be used in accordance with ANSI Z1.4 for Single Sampling and a General Inspection Level of II. 1.9 In addition to the 100% PCO Mandatory, critical and major characteristics, attributes for plating, hardness and non-destructive testing will be inspected one hundred percent. 1.10 Contractor shall develop a system for identification of individual piece parts for traceability purposes. Markings shall not be permanent. 1.11 An AQL of 1.5 will be used for Class 3 threads and dimensions, and geometric feature controls with a tolerance range of .010 or less. 1.12 For minor characteristics, a sampling rate determined by the contractor and subject to QAR approval will be used. 1.13 The material covered in this contract/purchase order will be used in a crucial shipboard system enabling the launch and/or recovery of aircraft. The use of incorrect or defective material would create a high probability of failure resulting in a serious personnel injury, loss of life, loss of vital shipboard systems or loss of aircraft. Therefore,the material has been designated as Critical material and special control procedures are invoked to ensure receipt of correct material. 2. APPLICABLE DOCUMENTS DRAWING DATA=A87885 |80020|26| |C| | | | DRAWING DATA=MPR 1221 |80020| R| |C| | | | DRAWING DATA=509040 |80020| K| |C| | | | DRAWING DATA=509041 |80020| J| |C| | | | DRAWING DATA=509042 |80020| E| |C| | | | 3. REQUIREMENTS - NOT APPLICABLE 4. QUALITY ASSURANCE 4.1 Review documentation as provided under DD 1423 requirements. 4.2 CRITICAL MANUFACTURING PROCESSES ( ; ; ) HEAT TREAT ( ;APPLIES; ) WELDING ( ; ; ) CADMIUM PLATING ( ; ; ) ENGINEERING CHROME PLATING ( ; ; ) NICKEL CHROME PLATING ( ; ; ) CASTING(S) ( ; ; ) FORGING(S) ( ; ; ) MPR (MATERIAL PROCESSING REQUIREMENTS) 4.3 The test to be performed under the First Article approval clause (FAR 52.209-3) of the contract are listed below 4.3.1 Dimensional test (special) ;CLOSE MACHINE TOLERANCES; 4.3.2 Requirements of: ;LKE DRAWING PACKAGE; 4.3.3 Form ;APPLIES; 4.3.4 Fit ;N/A; 4.3.5 Function ;APPLIES. HYDROSTATIC TEST.; 4.3.6 Compliance with drawing ( ;509040; ) ;K; , Revision ;80020; and specifications referenced therein. 4.4 In addition to the above tests, the First Article(s) to be inspected hereunder shall also be subjected to those tests which will demonstrate that the article(s) comply with the contract requirements 4.5 The contractor shall be responsible for providing the necessary parts and repair of the First Article Sample(s) during inspection 4.6 The contractor shall notify the PCO, ACO, and QAR fourteen (14) days prior to conducting the First Article test so that the Government may witness such testing. 4.6.1 The QAR shall be present to witness all First Article Testing. 4.6.2 The following additional personnel shall witness the First Article Testing: ;ROY JANNEY NAWC QA REP AT FAX (732) 323-1381; 4.7 Disposition of FAT samples 4.7.1 ; ; Sample(s) may be destroyed during testing. 4.7.2 ;APPLIES; Unless otherwise provided for in the contract, sample(s) shall remain at the contractor and may be considered as production items under the contract provided the sample(s) can be refurbished to ready for issue condition and provided the sample(s) have inspection approval of the cognizant DCMC QAR. Sample(s) may be shipped as production items only after all other units required under the contract have been produced and are ready for shipment. 4.8 Test Sample Coating Instructions 4.8.1 Samples are to be unpainted. Corrosive areas are to be coated with a light preservative if required. 4.9 Notice to Government of Testing at the contractors facility. 4.9.1 FAR 52.209-3 applies (A) The contractor shall present ;ONE; ; unit(s) of the following CAGE( ;80020; ; ), Part Number ;509040-1; ; , Revision ;K; ; as specified in this contract. At least fourteen (14) calendar days before the beginning of the First Article testing, the contractor shall notify the contracting officer, in writing, of the time and location of the testing so that the Government may witness the tests. (B) The contractor shall submit the First Article Test Report within 15 calendar days from the date of testing to: ;PCO; ; The contractor shall mark the report ""First Article Test Report"" and cite the contract number and lot/item number. Review documentation as provided under the DD1423 requirements. (C) Within 45 calendar days after the Government inspects the First Article, the contracting officer shall notify the contractor, in writing, of the approval, conditional approval, or disapproval of the First Article. The notice of approval, conditional approval, or disapproval shall not relieve the contractor from complying with all requirements of the specifications and all other terms and conditions of this contract. A notice of conditional approval shall state any further action required of the contractor. A notice of disapproval shall cite reasons for disapproval. (D) If the First Article is disapproved, the contractor, upon Government request shall repeat any or all First Article Tests. After each request for additional tests, the contractor shall make any necessary changes, modifications, or repairs to the First Article or select another First Article for testing. All costs related to these tests are to be borne by the contractor, including any and all costs for additional tests following a disapproval. The contractor shall then conduct the tests and deliver another report to the Government under the terms and conditions and within the time specified in paragraph B above. The Government reserves the right to require an equitable adjustment of the contract price for any extension of the delivery schedule or for any additional costs to the Government related to these tests. (E) If the contractor fails to present any First Article on time, or the contracting officer disapproves any First Article, the contractor shall be deemed to have failed to make delivery within the meaning of the default clause of this contract. (F) Unless otherwise provided in the contract, and if the approved First Article is not consumed or destroyed in testing, the contractor may deliver the approved First Article as part of the contract quantity if it meets all contract requirements for acceptance. (G) If the Government does not act within the time specified in paragraph (C) above the contracting officer, shall, upon timely written request from the contractor, equitably adjust under the Changes clause of this contract the delivery or performance dates and/or the contract price, and any other contractual term affected by the delay. (H) Before First Article Approval, the acquisition of materials or components for, or the commencement of production or, the balance of the contract quantity is at the sole risk of the contractor. Before First Article approval, the costs thereof shall not be allocated to this contract for 1) progress payments, or 2) termination settlements if the contract is terminated for the convenience of the Government. The contractor is responsible for providing operating and maintenance instructions, spare parts, and repair of the First Article during any First Article test. (I) The contractor shall produce both the First Article and the production quantity at the same facility and shall submit a certification to the effect with each First Article. (J) The test report (2 copies) shall be in accordance with MIL-STD-831, unless otherwise specified on the DD1423, and shall be submitted via the cognizant DCMC to NAVSUP, ATTN: (Cite name and code in Block 10.a of the SF33). The DCMC shall provide comments on Form DD1222 (2 copies) which shall be forwarded with the test report. Approval of the test report is the PCO's responsibility. Upon notification of approval, condition approval, the ACO shall execute the DD250 to indicate Government acceptance of the test report. 4.10 Alternate Offers - Waiver of First Article Approval Requirements. (The following provisions supersede any waiver of First Article Approval Requirements terms set forth in clause 52.209-3 or 52.209-4 as appropriate) (A) Unless otherwise specified in the solicitation, NAVSUP WSS reserves the right to waive the First Article Approval Requirements specified herein for offerors who have previously furnished identical production articles accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer. An offeror requesting waiver of First Article Requirements shall submit evidence with its offer establishing that: (I) the last production unit was delivered within three (3) years of the issue date of this solicitation, and (II) the production location to be used for this requirement is the same as used for the previous production run. Additionally, the offeror shall submit a certification, to be executed by the officer or employee for the offer, stating that: (I) the articles to be provided will be produced using the same facilities, processes, sequences of operations and approved subcontractors as those previously delivered and accepted by the Government or the Original Equipment Manufacturer/Prime Manufacturer, and (II) the previous production units were manufactured without Material Review Board disposition or waiver/deviation request or rejection of pre-production samples for cause. (NOTE: This certification concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.) (B) Offerors requesting waiver of First Article Approval Requirements under the provisions of this clause are cautioned to submit two prices for articles required herein - one that is based on compliance with the First Article Approval Requirements and one that is based on a waiver of such requirements. Where an offeror submits only one price and fails to clearly state that the price is based on waiver of the First Article Approval Requirements it will be deemed to be based on compliance with the First Article Approval Requirements (C) In the event of the First Article Approval Requirement is granted, the delivery schedule for the production items shall be reduced by the number of days designated for delivery of First Article Test unit plus the number of calendar days indicated for the government notification of conditional approval or approval. These requirements are specified in the quality assurance section of this solicitation. If the offeror is unable to meet the desired schedule, he shall insert below the alternate delivery schedule he offers to the government. Offeror's Proposed Alternate Delivery Schedule (Based on waiver of First Article Approval Requirements) Within Days: Item No. _____________ Quantity:_______ After Date of Contract:_________ 4.11 . Mandatory Inspection Requirements: 100% Procurement Contracting Officer (PCO) mandatory inspection is required and shall be accomplished at source under the surveillance and final approval of the cognizant DCMAO Quality Assurance Representative (QAR). During production, mandatory inspection is required to be accomplished by the contractor as follows: A. Level of Inspection (LOI). 1. Critical characteristics: 100% inspection shall apply. 2. Major and Minor characteristics: LOI shall be in accordance with a sampling plan acceptable to the QAR. B. Critical characteristics: ;ALL ACTUAL DIMENSIONS OF ANY MAJOR OR CRITICAL CHARACTERISTICS SHALL BE RECORDED. THE AMBEINT TEMPERATURE SHALL BE RECORDED AT TIME MEASUREMENTS ARE TAKEN. CERTIFICATIONS TO BE ON FILE FOR A MINIMUM OF SEVEN YEARS AFTER DELIVERY OF CONTRACT.; C. Major and Minor characteristics 1. Shall be defined by the contractor subject to QAR concurrence, unless defined on applicable drawings and associated specifications. 4.12 SPECIAL INSPECTION REQUIREMENTS ( ;APPLIES; ) MAGNETIC PARTICLE INSPECTION ( ;APPLIES; ) SURFACE INSPECTION ( ; ; ) PENETRANT INSPECTION ( ;APPLIES; ) RADIOGRAPHIC INSPECTION ( ; ; ) ULTRSONIC INSPECTION ( ; ; ) HIGH SHOCK TEST ( ; ; ) MECHANICAL VIBRATION TEST 4.13 FINAL INSPECTION REQUIREMENT:Due to the critical nature of this item, representatives of the buying office/and the cognizant field activity, NAWC Lakehurst, shall be notified by the successful contractor at least 14 days prior to presentation to the DCM QAR of the items for final inspection so that they may have the option of witnessing the final inspection. The contractor shall notify by email or TELEFAX PCO and NAWC Lakehurst QA ;ROY JANNEY NAWC QA REP AT FAX (732) 323-1381; to arrange for the final inspection.The authority of the QAR shall not be abrogated. If the notification is not given to both sites then the QAR shall not accept the units. 5. PACKAGING- MIL-STD 2073 PACKAGING APPLIES AS FOUND ELSEWHERE IN THE SCHEDULE 6. NOTES - NOT APPLICABLE THIS IS A ALRE CRITICAL APPLICATION ITEM. FOR DRAWING UPDATES, SEE ATTACHED NAWC LKE DRAWING UPDATE SHEET. NAVSUP REFERENCE ONLY: (19-10070): THE COMPONENTS BEING ACQUIRED UNDER THIS SOLICITATION HAVE BEEN CLASSIFIED AS ""CRITICAL"" REQUIRING ENGINEERING SOURCE APPROVAL BY NAVAL AIR SYSTEMS COMMAND ONLY THOSE COMPANIES WHO HAVE SUBM& BEEN APPROVED WILL BE ELIGIBLE FOR AWARD UNDER THIS SOLICITATION ANY COMPANY SUBMIT A SOURCE APPROVAL REQUEST AS OUTLINED IN THIS SOLICITATION. \ DATE OF FIRST SUBMISSION=180 DAC block 6: forward additional copy to aso code cited in block 10.A on page 1. ALL CERTIFICATIONS. TEST REPORTS, AND IN-PROCESS INSPECTION DOCUMENTS NEEDED TO SUBSTANTIATE PRODUCT QUALITY SHALL BE AVAILABLE WITH THE FIRST ARTICLE WHEN PRESENTED FOR INSPECTION AT CONTRACTORS FACILITY. NOTIFICATION OF 14 DAYS PRIOR TO PRESENTATION FOR INSPECTION MUST BE GIVEN TO ROY JANNEY NAWC QA AT FAX(732) 323-1381. REQUIREMENTS FOR 80020 FOR 509040 REV ""K"": DRAWING PACKAGE. COPIES OF ALL APPROVED REQUEST FOR DEVIATIONS AND WAIVERS DIMENSIONAL INSPECTION FOR DWGS. 509041, 509042 AND A87885. MATERIAL AND MILL CERTIFICATION PER DWGS. 509041,509042 AND A87885. MAGNETIC PARTICLE INSPECTION DWGS. 509041 AND A87885. PART IDENTIFICATION DWGS. 509040,509041 AND A87885. PROTECTIVE COATING IAW MPR 1221-71 PER DWGS. 509040 AND 509042. PHOSPHATE COATING IAW TT-C-490 PER DWG. 509041. RADIOGRAPHIC INSPECTION PER DWG. 509041. STRESS RELIEF PER DWG. 509041./WELDING IAW NOTE 6 PER DWG. 509041. WELDING IAW NOTE 6 PER DWG. 509041. WELDING IAW NAVSEA S9074-AR-GIB-010/278 PER DWG. 509042. HYDROSTATIC TEST PER DWG. 509041. DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. THE FOLLOWING CERTIFICATIONS SHALL BE ON FILE AT THE TIME OF FINAL INSPECTION: REQUIREMENTS FOR 80020 FOR 509040 REV ""K"": DRAWING PACKAGE. COPIES OF ALL APPROVED REQUEST FOR DEVIATIONS AND WAIVERS DIMENSIONAL INSPECTION FOR DWGS. 509041, 509042 AND A87885. MATERIAL AND MILL CERTIFICATION PER DWGS. 509041,509042 AND A87885. MAGNETIC PARTICLE INSPECTION DWGS. 509041 AND A87885. PART IDENTIFICATION DWGS. 509040,509041 AND A87885. PROTECTIVE COATING IAW MPR 1221-71 PER DWGS. 509040 AND 509042. PHOSPHATE COATING IAW TT-C-490 PER DWG. 509041. RADIOGRAPHIC INSPECTION PER DWG. 509041. STRESS RELIEF PER DWG. 509041./WELDING IAW NOTE 6 PER DWG. 509041. WELDING IAW NOTE 6 PER DWG. 509041. WELDING IAW NAVSEA S9074-AR-GIB-010/278 PER DWG. 509042. HYDROSTATIC TEST PER DWG. 509041. DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. WELDING PROCEDURESS: WELD PROCEDURES IAW NAVSEA S9074-AR-GIB-010/278 PARA 4.2.1 PER DWG. 509042. APPROVAL OR REASON FOR DISAPPROVAL SHALL BE GIVEN BY NAVCENDIVLKE VIA THE PCO NLT 45 DAYS AFTER DISAPPROVAL. REPORT SHALL BE SUBMITTED WITHIN 45 DAYS AFTER CONTRACT AWARD AND SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.8.2 B596 CODE 4.3.4 B562 HWY 547 LAKEHURST, NJ 08733 WELDING PROCEDURE QUALIFICATION REPORT: THE WELD PROCEDURE QUALIFICATION REPORT INCLUDING ALL SUPPORTING TEST REPORTS AND DOCUMENTATION, IAW NAVSEA S9074-AQ-GIB-010/248 PARA 4.2.3 AND 4.6 THRU 4.6.1.1 PER DWG. 509042. APPROVAL OR REASON FOR DISAPPROVAL SHALL BE GIVEN BY NAVCENDIVLKE VIA THE PCO NLT 45 DAYS AFTER DISAPPROVAL. REPORT SHALL BE SUBMITTED WITHIN 45 DAYS AFTER CONTRACT AWARD AND SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.8.2 B596 CODE 4.3.4 B562 HWY 547 LAKEHURST, NJ 08733 WELDER PERFORMANCE QUALIFICATION: EVIDENCE OF WELDER PERFORMANCE QUALIFICATION INCLUDING SUPPORTING TEST REPORTS AND DOCUMENTATION IAW NAVSEA S9074-AQ-GIB-010/248 PARA 5.2.3. THRU 5.2.3.1 AND 5.2.12 PER DWG. 509042. DATE OF SUBMISSION: 30 DAYS PRIOR TO PRODUCTION PROVIDE QUALIFICATIONN EVIDENCE FOR ALL WELDERS REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.3.4 B562 62Y 547 LAKEHURST, NJ 08733 LEVEL III: EVIDENCE OF LEVEL III CERTIFICATE IAW T9074-AS-GIB-010/271 PARA 1.6 FOR THE INDIVIDUAL WHO APPROVED THE WELDERS QUALIFICATION TRAININGPROGRAM IAW NAVSEA S9074-AQ-GIB-010/248 PARA 5.2.3.1(d), PER DWG. 509042. REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.3.4 B562 HWY 547 LAKEHURST, NJ 08733 VISUAL INSPECTION WRITTEN PROCEDURE: VISUAL INSPECTION PROCEDURE TO BE USED TO VISUALLY INSPECT ALL WELDS IAW T9074-AS-GIB-010/271 PARA 8.3 AND 1.7 THRU 1.7.3 PER DWG. 509042. REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.3.4 B562 HWY 547 LAKEHURST, NJ 08733 NDT Written Procedures Data RequirementsRequired weld inspection procedures including the detailed written procedure for Magnetic Particle Testing, ASTM E1444 paragraph 5, General Practice or for Liquid Penetrant testing, ASTM E1417 para 6, general practice For the purposes of AWS welding requirements, ""Owner"" is defined as NAVAIR Lakehurst and Engineering authority who resides in NAVAIR Code 4.8.2 Block 7 and 8: The CDRL Deliverable shall be approved by a designated Government representative via a Program Management correspondenceGovernment has 30 days to review and provide comments or approval. Contractor has 45 days after receipt of Government comments to resubmit. See Exhibits, Distribution Statement Submit one time for each manufacturing entity that performs welding Block 12: Submit NLT 60 days prior to start of manufacture of items requiring welding governed by AWS welding requirements. Contractor must resubmit for any changes in procedure or change in weld activity location Electronic copies of all data submittals shall be provided and accessible via the integrated digital environment. Notification shall be provided by email in accordance with Supplement 2 to Exhibits, CDRL Addressees. WELDER QUALIFICATION TRAINING WRITTEN PROCEDURE: EVIDENCE OF APPROVALOF THE WELDER QUALAIFCATION TRAINING PROGRAM IAW NAVSEA S9074-AQ-GIB-010/248 PARA 5.2.3.1(d) PER DWG. 509042. REPORT SHALL BE SENT TO: REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.3.4 B596 HWY 547 LAKEHURST, NJ 08733 WELDER MAINTENANCE OF QUALAIFCATION: EVIDENCE OF MAINTENANCEOF QUALAIFCATION FOR ALL WELDERS IAW NAVSEA S9074-AQ- GIB-010/248 PARA 5.2.11 AND 5.2.12 PER 509042. REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 CODE 4.3.4 B596 HWY 547 LAKEHURST, NJ 08733 DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. RADIOGRAPHIC INSPECTION REPORT: RADIOGRAPHIC INSPECTION OF WELDS IAW T9074-AS-GIB-010/271 PER DWG. 509041. REPORT SHALL BE SUBMITTED WITHIN 90 AFTER CONTRACT AWARD AND SENT TO: REPORT SHALL BE SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.8.8. B148-2 HWY 547 LAKEHURST, NJ 08733 DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. MANUFACTURING PLAN DATA REQUIREMENTS: MANUFACTURING PLAN FOR 509041-1 TO INCLUDE DRAWINGS AND DESIGN ANALYSIS. REPORT SHALL BE SUBMITTED WITHIN 45 DAYS AFTER CONTRACT AWARD AND SENT TO: NAVAIRWARCENACDIVLKE CODE 4.8.10 B562 HWY 547 LAKEHURST, NJ 08733 APPROVAL OR REASON FOR DISAPPROVAL SHALL BE GIVEN NLT 45 AFTER RECEIPT BY NAVAIRWARCENACDIVLKE. UNIQUE REQUIREMENTS: CONTRACTOR SHALL DELIVER REPRODUCIBLE DRAWINGS OF FINAL MANUFACTURING PLANS COMPLETE WITH DESIGN ANALYSIS SHALL BE SUBMITTED TO NAVAIR LAKEHURST PERDWG. 509041. CONTRACTOR SHALL ENGAGE THE SERVICES OF AN IMPARTIAL INSPECTOR WHO IS QUALIFIEDAS PRESCRIBED BY THE ASME CODE TO MAKE THE INSPECTION REQUIRED BY THE ASME CODE PER DWG. 509041. HYDROSTAIC TEST PER DWG. 509041. FLASK SHALL BE PREPARED FOR PHOSPHATE COATING IAW NOTE 8 OF DWG. 509041. DATE OF FIRST SUBMISSION=ASREQ block 6: forward additional copy to aso code cited in block 10.A on page 1. CERTIFICATE OF QUALITY COMPLIANCE: CONTRACTOR SHALL PREPARE AND FINISH A CERTIFICATE OF QUALITY COMPLIANCE FORALL SUPPLIES DELIVERED UNDER THIS CONTRACT.IF THE SUPPLIES DELIVERED UNDER THIS CONTRACT ARE FROM MORE THAN ONE MANUFACTURING LOT, A SEPARATE COQC SHALL BE PREPARED AND FURNISHED FOR EACH MANUFACTURING LOT REPRESENTED BY MANUFACTUREREDOR PRODUCED UNDER A PRODUCT SPECIFICATION, ORIGINAL EQUIPMENT MANUFACTURER (OEM) MANUFACTURER'S P/N COMMERCIAL, INDUSTRY OR MILITARY STANDARD, OR OTHER TECHNICAL DATA. THIS CERTIFICATE SHALL CONTAIN THE FOLLOWING: 1- CONTRACTOR NAME, ADDRESS, AND COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE NUMBER (IF ASSIGNED) THE CONTRACT/ORDER NUMBER, APPLICATION SPECIFICATIONS, DRAWING OR STANDARD (INCLUDING REVISON/AMENDMENT AND DATE), IDENTIFICATION OF THESPECIFIC SUPPLIES MANUFACTURED OR PRODUCED (INCLUDING NSN, TYPE, GRADE, AND CLASS,(IF APPLICABLE) FOR METAL PRODUCTS, THE COQC SHALL INCLUDE THE ALLOY DES IGNATION AND CONDITION (FINISH AND TEMPER) IF APPLICABLE. IF CONTRACTOR IS NOT THE MANUFACTURER, THE CERTIFICATE SHALL INCLUDE THE NAME, ADDRESS AND CAGE CODE(IF ASSIGNED) FOR EACH OF THE ENTITIES THROUGH WHICHTHE SUPPLIES OR MATERI ALS, COMPONENTS, SUBASSEMBLIES, ASSEMBLIES OR PARTS PASSED, SO THAT TRACIBILITY TO THE MANUFACTURER WILL BE READILIY DISCERNIBLE FROM THERE. 2- THE IDENTIFICATION OF EACH PARAMENTER FOR WHICH THE CONTRACT, SPECIFICATION DRAWING OR STANDARD REQUIRED INSPECTION OR TESTING. 3- IDENTIFICATION OF THE SPECIFIC REQUIREMENT FOR EACH OF THE PARAMETERS IN (2)ABOVE,FOR THE PARTICULAR MATERIAL BEING PRODUCED AND COVERED BY THE CERTIFICATE 4- THE ACTUAL RESULTS OF THE INSPECTIONS OR TESTS CONDUCTED BY THE CONTRACTOR TO DEMONSTRATE CONFORMANCE WITH EACH OF THE SPECIFIC REQUIREMENT5 5- THE MARKING REQUIREMENT FOR THE MATERIAL AND THE SOURCE OF THIS REQUIREMENT(CONTRACT AND SPECIFICATION OR STANDARD) AND 6- A STATEMENT, SIGNED BY AN AUTHORIZED CONTRACTOR REPRESENTATIVE RESPONSIBLEFOR QUALITY ASSURANCE THAT THE LOT HAS BEEN PRODUCED, SAMPLED, TESTED AND INSPECTED AND MARKED IAW ALL CONTRACT AND SPECIFICATION REQUIREMENTS AND MATERIALCOMPLIES WITH ALL THE CONTRACT AND SPECIFICATION REQUIREMENTS. - FOR CONTRACTS ASSIGNED TO GOVERNMENT INSPECTION AT SOURCE CONTRACTOR SHALL HAVE THE COMPLETED CERTIFICATE AVAILABLE FOR REVIEW BY GOVERNMENT REPRESENTATIVE WHEN THE MATERIAL IS PRESENTED FOR ACCEPTANCE BY THE GOVERNEMNT. IN THE CASE OF DESTINATION- INSPECTED MATERIAL, THE CONTRACTOR SHALL ATTACH A COPY OF THE COMPLETED CERTIFICATE TO THE PACKAING LIST SENT EACHSHIPMENT TO EACH SHIPPING POINT DESIGNATED IN THE CONTRACT. FOR SOURCE INSPECTED MATERIAL, A COPY MAY (BUT NEED NOT) ACCOMPANY THE SHIPMENT. IF THE CONTRACTOROFFERING THE MATERIAL TO THE GOVERNMENT IS NOT THE MANUFACTURER OR THE MATERIAL CONTRACTOR IS RESPONSIBLE FOR OBTAINING A CERTIFIED TEST REPORT FROM THE MANUFACTURER INCLUDING IT AS PART OF THIS COQC, AND FOR DEMONSTRATING THAT THE SPECIFIC MATERIAL BEING OFFERED UNDER THIS CERTIFICATE IS COVERED BY THE CERTIFIED TEST REPORT. - UNLESS OTHERWISE SPECIFIED BY THE CONTRACT, SHALL BE RESPONSIBLE FOR RETAINING THE CERTIFICATE FOR A PERIAOD OF 4 YEARS WHEN REQUESTED BY THE CONTRACTING OFFICER. THE CONTRACTOR SHALL MAKE THE CERTIFICATE AVAILABLE FOR REVIEW BY THE GOVERNMENT AT ANY TIME DURING THE PERIOD CERTIFICATE IS REQUIRED TO BE RETIANED. DATE OF FIRST SUBMISSION=ASREQ Welder Maintenance of Qualification CONTRACT REFERENCE b.Evidence of Maintenance of Qualification for all welders IAW NAVSEA S9074-AQ-GIB-010/248^ para 5.2.11 and 5.2.12 per Drawing 509042. Addresses for NAVAIR Codes:NAVAIRWARCENACDIVLKE Code 4.3.4 Bldg 562 HWY 547 Lakehurst NJ 08733 NAVAIRWARCENACDIVLKE Code 4.8.8.8 Bldg 148HWY 547 HWY 547 Lakehurst NJ 08733 Welder Qualification Training Written Procedure CONTRACT REFERENCEa.Evidence of approval of the Welder Qualification Training Program IAW NAVSEA S9074-AQ-GIB-010/248^ para 5.2.3.1(d), per Drawing 509042. NAVAIRWARCENACDIVLKE Code 4.3.4 Bldg 562 HWY 547 Lakehurst NJ 08733 NAVAIRWARCENACDIVLKE Code 4.8.8.8 Bldg 148 HWY 547 Lakehurst NJ 08733
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/90fdac1399ec4cbd93ee356f5424a7bf/view)
 
Record
SN05533168-F 20200115/200113230300 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.